Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2015 FBO #4999
DOCUMENT

65 -- Togus - IDIQ for Dental Lab Services Interim - Attachment

Notice Date
7/30/2015
 
Notice Type
Attachment
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
 
ZIP Code
02301
 
Solicitation Number
VA24115Q0619
 
Response Due
8/7/2015
 
Archive Date
10/6/2015
 
Point of Contact
Christopher Humphrey
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA241-15-Q-0619 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This requirement is being issued as a small business set-aside. The associated NAICS code is 339116 and small business size standard is 500 employees. (v) ***Please see the attached Question and Answers and revised Evaluation Criteria*** The Government intends to award an Interim Indefinite Delivery, Indefinite Quantity (IDIQ) contract for both the Togus and Bangor, Maine Campuses. This IDIQ will include a period of performance of up to 7 months. The government intends to award this contract with a 09/01/2015 start date. Vendor shall furnish all necessary labor (including diagnostic wax up services), equipment, supplies, packaging, transportation, manifests, and reports necessary to fabricate, and deliver the materials listed in accordance with the Performance Work Statement and Period of Performance of this document to the appropriate campus. The bidding contractors must be able to provide all request items and services; this requirement will not be split. Please ensure all quoted line item pricing includes any applicable shipping and/or handling costs as part of the final Unit Price. If local pickup is available at both the Togus and Bangor, Maine Campuses from the contractor or shipping service as part of the contract, rather than the VAMC shipping all cases to the contractor's facility, this would preferable. All work requested in this contract shall include all necessary "model work" including impression pouring, die trimming, and articulation. The price of a fixed partial denture includes the price of the retainers and pontic(s). These units will be priced at the rate of a single crown times the number of units in the fixed partial denture. The price of the prostheses (dental porcelain fused to metal crowns and fixed partial dentures) shall not change if the prescription request metal occlusal or lingual surfaces; metal rest seats, guide planes and contour undercuts (survey crowns); porcelain butt margins, metal collars; or retro-fitting a crown to an existing removable partial denture. The price of a removable partial denture cast framework shall not change if the prescription requests multiple clasps or wrought wire clasps; or a lingual plate major connector. At this time, the actual workload for the base period is unknown. We are requesting pricing for all line items below so they are available for purchase throughout the life of this contract. For the life of this contract, the minimum order amount is $50,000.00 and maximum order amount is $145,000.00. As stated above, the actual workload for the base period is unknown; the estimated usage and the minimum and maximum dollar amounts provided are based on FY14 workload and are not guaranteed. The Government reserves the right to add more services and supplies during the terms of this agreement via a dually signed modification with the contractor. Estimated Period of Performance - 09/01/2015-03/31/2016 CLINItem DescriptionEst. 7 Month UsageUnitUnit PriceTotal Price 0001Crowns (Base & Noble)88EA 0002Post & Cores18EA 0003Completed Dentures146EA 0004Complete Partial Dentures (Resin)44EA 0005Partial Dentures (Metal)102EA 0006Partial Dentures (Flex)29EA 0007Denture Repairs117EA 0008Denture Reline/Rebase102EA 0009Over Dentures6EA 0010TAP III9EA 0011Custom Abutments6EA 0012Implant Crowns/Bridges41EA 0013Radiographic Guides12EA 0014Pontics29EA 0015Occlusal Guards88EA (vi) The Contractor shall provide all resources necessary to accomplish the requirements described in the Performance Work Statement (PWS). The Contractor shall provide dental laboratory services outlined in this PWS. The contractor shall furnish local pickup Monday through Friday between the hours of 8:00 a.m. and 4:00 p.m. local time, all labor, transportation, materials, general dental laboratory tools, equipment and supervision required to provide Dental Prostheses to the VA Maine Healthcare System, Togus Campus: 1 VA Center, Augusta, ME 04330 and Bangor Campus: 35 State Hospital Drive, Bangor, ME 04401. Please see the attached Performance Work Statement for a description of requirements for the items and services to be acquired. (vii) This Interim IDIQ will include a period of performance of up to 7 months, and the shipping is FOB Destination as all quoted line item pricing shall include any applicable shipping and/or handling costs as part of the final Unit Price. As stated in the Performance Work Statement, the (2) delivery sites are VA Maine Healthcare System, Togus Campus: 1 VA Center, Augusta, ME 04330 and Bangor Campus: 35 State Hospital Drive, Bangor, ME 04401. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda's to the provision: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). Please see Evaluation Criteria attachment for additional provisions to 52.212-1. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Please see the attached Evaluation Criteria for all of the evaluation criteria, information and submittals pertinent to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Technical 2.Past Performance 3.Price Non-Price Factors, when combined, are significantly more important than price. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda's to the clause: 52.216-18 Ordering (OCT 1995), 52.216-19 Order Limitations (OCT 1995), 52.216-22 Indefinite Quantity (OCT 1995), 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013), 852.203-70 Commercial Advertising (JAN 2008), 852.232-72 Electronic Submission of Payment Requests (NOV 2012), 852.237-70 Contractor Responsibilities (APR 1984), 852.246-71 Inspection (JAN 2008). (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13. (xiii) All contract requirement(s) and/or terms and conditions are stated in the attached PWS. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. (xv) RFQ questions are due 07/28/2015 at 3:00 PM EST. RFQ responses must be submitted via email to: Christopher.Humphrey@va.gov. Hand deliveries will not be accepted. One amendment with all of the answers to the submitted questions will be issued shortly after the questions due date. RFQ responses are due 08/07/2015 at 12:00 PM EST. RFQ responses must be submitted via email to: Christopher.Humphrey@va.gov. Hand deliveries will not be accepted. (xvi) The POC of this solicitation is Christopher Humphrey (Christopher.Humphrey@va.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA24115Q0619/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-15-Q-0619 A00001 VA241-15-Q-0619 A00001_AMENDMENT.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202158&FileName=VA241-15-Q-0619-A00001000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202158&FileName=VA241-15-Q-0619-A00001000.docx

 
File Name: VA241-15-Q-0619 A00001 S02 - Togus - PWS_Dental Lab FY2016 - Final.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202159&FileName=VA241-15-Q-0619-A00001001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202159&FileName=VA241-15-Q-0619-A00001001.pdf

 
File Name: VA241-15-Q-0619 A00001 MS02 - Evalutation Criteria - Togus Dental - Final Revised.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202160&FileName=VA241-15-Q-0619-A00001002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202160&FileName=VA241-15-Q-0619-A00001002.pdf

 
File Name: VA241-15-Q-0619 A00001 MS02 - RFQ QUESTIONS AND ANSWERS - FINAL.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202161&FileName=VA241-15-Q-0619-A00001003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2202161&FileName=VA241-15-Q-0619-A00001003.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Please see Performance Work Statement;for addresses
Zip Code: 04330
 
Record
SN03818402-W 20150801/150731001038-88c798210f88d8558f0c508e6851b4bc (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.